e -tender notification for data entry work of s.s.l.c. …kseeb.kar.nic.in/docs/sslc_tenders/data...

30
0GOVERNMENT OF KARNATAKA KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD, 6 TH CROSS, MALLESWARAM, BENGALURU 560 003. e -TENDER NOTIFICATION FOR DATA ENTRY WORK OF S.S.L.C. EXAMINATION RECORDS FOR TWO YEARS TENDER DOCUMENTS (To be used for furnishing bids by the eligible firms) Address for communication: DIRECTOR, EXAMS KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD, 6 TH CROSS, MALLESWARAM, BENGALURU 560 003. Phone No’s: 080-23349434 Fax: 080- 23347670 WEB SITE: www.kseeb.kar.nic.in

Upload: others

Post on 23-Mar-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

0GOVERNMENT OF KARNATAKA

KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD,

6TH

CROSS, MALLESWARAM, BENGALURU – 560 003.

e -TENDER NOTIFICATION FOR DATA ENTRY WORK OF

S.S.L.C. EXAMINATION RECORDS FOR TWO YEARS

TENDER DOCUMENTS

(To be used for furnishing bids by the eligible firms)

Address for communication:

DIRECTOR, EXAMS

KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD,

6TH

CROSS, MALLESWARAM, BENGALURU – 560 003.

Phone No’s: 080-23349434 Fax: 080- 23347670

WEB SITE: www.kseeb.kar.nic.in

- 2 -

GOVERNMENT OF KARNATAKA

KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD,

6TH

CROSS, MALLESWARAM, BENGALURU – 560 003.

Phone No’s: 080-23349434 Fax: 080- 23347670

WEB SITE : www.kseeb.kar.nic.in

TENDER SCHEDULE

e -TENDER NOTIFICATION FOR DATA ENTRY WORK OF

S.S.L.C. EXAMINATION RECORDS FOR TWO YEARS

1 TENDER REFERENCE NO & DATE No: B3/E.R.DATAENTRY.13 /2017-18. DATE-10.10.2017

2 APPROXIMATE VALUE OF TENDER ` 11,00,000

3 EMD AMOUNT ` 22,000/-

4 TENDER COMMENCEMENT DATE 23.10.2017

5 PRE-BID MEETING 08.11.2017 12.00 am

6 LAST DATE AND TIME FOR SUBMISSION OF TENDERS

22.11.2017 05.00 pm

7 TIME AND DATE OF OPENING OF TECHNICAL BIDS

25.11.2017 03.30 pm

8 TIME AND DATE OF OPENING OF COMMERCIAL BIDS

29.11.2017 03.30pm

9 PLACE OF OPENING OF TENDERS OFFICE OF THE DIRECTOR, EXAMS, KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD, 6TH CROSS, MALLESHWARAM, BANGALORE – 560 003.

- 3 -

e -TENDER NOTIFICATION FOR DATA ENTRY WORK OF

S.S.L.C EXAMINATION RECORDS FOR TWO YEARS.

SECTION I : INVITATION FOR TENDER (IFT)

IFT NO : No: B3/E.R.DATAENTRY.13/2017-18 DATE- 10.10.2017.

The Director, Exams, Karnataka Secondary Education Examination Board, 6th

cross,

Malleswaram, Bangalore-560003, invites e-tenders from eligible bidders for

“e -tender notification for data entry work of S.S.L.C examination records for

two years”

1. The tenderers may submit tenders through e-procurement portal for the above given

services. Tenderers are advised to note the qualification criteria specified in Section

VII to qualify for award of the contract.

2. Tender documents may be downloaded from www.eproc.karntaka.gov.in and

www.kseeb.kar.nic.in . The bidders will be required to register themselves with the

centre for e governance to participate in the bidding process and also get necessary

digital signature certificates. The details of the process of registration and obtaining

the digital signature certificates are available on the website

http://www.eproc.karnataka.gov.in . Necessary training and hands on experience in

handling e procurement system could be obtained from the centre for e governance.

Necessary details could also be obtained over telephone

3. The Earnest Money Deposit shall be paid through any of the fallowing e-payment modes.

a. Credit card

b. Direct debit (ICICI bank holders only)

c. National Electronic Fund Transfer.

d. Remittance over the ICICI Bank counters using OTC challan anywhere in India.

The supplier/contractor’s bid will be evaluated only on confirmation of receipt of the

payment (EMD) in the GoK’s central pooling a/c held at ICICI Bank

4. Technical bids will be opened on 25.11.2017 at 3-30 pm., in the presence of the

tenderers or their authorized representative who wish to attend. If the office happens

to be closed on the last date of receipt of the tenders as specified, the tenders will be

opened on the next working day at the same time and venue.

5. Other details can be seen in the tender documents

- 4 -

SECTION II : INSTRUCTIONS TO TENDERERS

TABLE OF CLAUSES

Clause No. Topic Name Page No.

A. INTRODUCTION

1. Eligible Tenderer 5

B. TENDER DOCUMENTS

2. Contents of Tender Documents 5

3. Amendment of Tender Documents 5

C. PREPARATION OF TENDERS

4. Language of Tender 6

5. Documents Comprising the Tender 6

6. Tender Form 6

7. Tender Prices 6

8. Tender Currency 6

9. Documents Establishing Tenderer’s Qualifications 7

10. Earnest Money Deposit 7

11. Period of Validity of Tenders 8

12. Format and Signing of Tender 8

D. SUBMISSION OF TENDERS

14. Submission of Tenders 8

15. Deadline for submission of Tenders 8

16. Late Tenders 9

17. Modification and withdrawal of Tenders 9

E. TENDER OPENING AND EVALUATION OF TENDERS

18. Opening of Tenders by the Purchaser 9

19. Preliminary Examination 9

20. Evaluation and Comparison of Tenders 10

F. AWARD OF CONTRACT

21. Post qualification 10

22. Award Criteria 11

23. Purchaser’s Right to Vary Quantities at Time of Award 11

24. Purchaser’s Right to Accept the Tender and to Reject any or all Tenders 11

25. Notification of Award 11

26. Signing of Contract 12

27. Performance Security 12

SECTION III- GENERAL CONDITIONS OF CONTRACT 13-17

SECTION IV - SPECIALCONDITIONS OF CONTRACT 18

SECTION V - SCHEDULE OF REQUIREMENTS 19

SECTION VI- TECHNICAL SPECIFICATIONS 20-21

SECTION VII- QUALIFICATION CRITERIA 22

SECTION VIII- TENDER FORM 23

SECTION VIII-A TECHNICAL BID 24

SECTION VIII-B PRICE SCHEDULE 25

SECTION IX- EMD BANK GUARANTEE FORM 26

SECTION X - CONTRACT FORM 27

SECTION XI - PERFORMANCE SECURITY FORM 28

SEC XII–PROFORMA FOR PERFORMANCE STATEMENT 29

- 5 -

SECTION – II: INSTRUCTIONS TO TENDERERS

A. INTRODUCTION 1 Eligible Tenderers

1.1Tenderers should not be associated, or have been associated in the past, directly

or indirectly, with a firm or any of its affiliates which have been engaged by the

Purchaser to provide consulting services for the preparation of the design,

specifications, and other documents to be used for the procurement of the

services to be purchased under this Invitation of Tenders.Bidders.

1.2 Bidders shall not be under a declaration of ineligibility for corrupt and

fraudulent practices issued by the concerned State Government or by

Government of India.

B. TENDER DOCUMENTS

2. Contents of Tender Documents 2.1 The Services required, tendering procedures and contract terms are prescribed in

the tender documents. In addition to the Invitation for Tenders, the tender

documents include:

Instructions to Tenderers (ITT);

General Conditions of Contract (GCC);

Special Conditions of Contract (SCC);

Schedule of Requirements;

Technical Specifications;

Tender Form and Price Schedules;

Earnest Money Deposit Form;

Contract Form;

Performance Security Form;

2.2 The Tenderer is expected to examine all instructions, forms, terms and

specifications in the tender documents. Failure to furnish all information required

by the tender documents or submission of a tender not substantially responsive to

the tender documents in every respect will be the Tenderer’s risk and may result

in rejection of its tender.

3 AMENDMENT OF TENDER DOCUMENTS

3.1 At any time prior to the deadline for submission of tenders, the purchaser

may, for any reason, whether at its own initiative or otherwise, modify the

tender documents and notify the addendum on e-procurement portal.

3.2 In order to allow prospective tenderers reasonable time in which to take

the addendum into account in preparing their tenders, the Purchaser, at its

discretion, may extend the deadline for the submission of tenders and issue

corrigendum on e-procurement portal.

3.4 Pre-bid meeting shall be held on 08.11.2017 at 12.00am at KSEEB, 6th

Cross,

Malleshwaram, Bangalore-560 003. Proceedings of the meeting will be

published in the e-procurement portal. Online queries will be addressed only

till 08.11.2017 at 12.00am.

- 6 -

C. PREPARATION OF TENDERS

4 Language of Tender 4.1 The tender prepared by the Tenderer, as well as all correspondence and

documents relating to the tender exchanged by the Tenderer and the Purchaser

shall be written in English/Kannada language.

5 Documents comprising the Tender

5.1 The tender prepared by the Tenderer shall comprise the following

components:

A Tender Form and a price Schedule completed in accordance with

ITT Clauses 6,7 and 8;

Documentary evidence established in accordance with ITT Clause 9

that the Tenderer is eligible to tender and is qualified to perform the

contract if its tender is accepted;

Documentary evidence established in accordance with ITT Clause 10

that the services to be supplied by the Tenderer conform to the tender

documents; and

Earnest Money Deposit furnished in accordance with ITT Clause 11.

6. Tender Form

6.1 The Tenderer shall complete the Tender Form and the Price

Schedule furnished in the tender documents, indicating the services to be

delivered, quantity and prices.

7. Tender Prices

7.1 The tenderer shall indicate on the price schedule, the unit price per record which

includes 01 to 40 fields either for corrections or new entries. Data entry in excel sheet is

also calculated on field basis. one cell in excel work sheet considered as one field.

7.2 Prices on the Price Schedule shall be entered including all taxes:

a) the price of the services, including all duties and sales and other taxes already

paid or payable on components.; or

b) any Indian duties, sales and other taxes which will be if this Contract is

awarded;

7.3 Prices quoted by the Tenderer shall be fixed during the Tenderer’s performance of the

Contract and not subject to variation on any account. A tender submitted with an

adjustable price quotation will be treated as non-responsive and rejected, pursuant to ITT

Clause 19.

8. Tender Currency

8.1 Prices shall be quoted in Indian Rupees:

- 7 -

9. Documents Establishing Tenderer’s Eligibility and Qualifications

9.1 Pursuant to ITT Clause 5, the Tenderer shall furnish, as part of

its Tender documents establishing the Tenderer’s eligibility to tender and its

qualifications to perform the Contract if its tender is accepted.

9.2 The documentary evidence of the Tenderer's qualifications to perform

the Contract if its tender is accepted, shall establish to the Purchaser's

satisfaction, that the Tenderer has the financial, technical, and production

capability necessary to perform the Contract and meets the criteria outlined in

the Qualification requirements specified in Section VII.

10. Documents establishing the delivery of service with respect data entry of S.S.L.C.

examination records for two years.

10.1 Pursuant to ITT Clause 5, the Tenderer shall furnish, as part of its tender,

documents establishing the conformity to the tender documents of all the

services which the tenderer proposes to provide under the contract.

Documents to prove the human resource with technical qualification.

11. Earnest Money Deposit

11.1 Pursuant to IFT Clause 4, The Earnest Money Deposit shall be credited to the

account of Centre for e governance.

11.2 The Tenderer shall transfer Rs.22,000/- as EMD to e-governence.

11.3 Any tender not secured in accordance with ITT Clauses 11.1 and 11.2 above

(unless the category of tenderer has been specifically exempted by the

Government) will be rejected by the Purchaser as non-responsive, pursuant to

ITT Clause 19.

11.4 Unsuccessful Tenderer's tender securities will be returned as promptly as

possible but not later than 30 days after the expiration of the period of tender

validity prescribed by the Purchaser, pursuant to ITT Clause 12.

11.5 The successful Tenderer's earnest money deposit will be discharged upon the

tenderer signing the Contract, pursuant to ITT Clause 26, and furnishing the

performance security, pursuant to ITT Clause 27.

11.6 The earnest money deposit may be forfeited:

(a) if a Tenderer

(i) withdraws its tender during the period of tender validity specified

by the Tenderer on the Tender Form; or

(ii) does not accept the correction of errors pursuant to ITT Clause

19.2; or

(b) in case of a successful Tenderer, if the Tenderer fails:

(i) to sign the Contract in accordance with ITT Clause 26; or

(ii) to furnish performance security in accordance with ITT Clause 27.

- 8 -

12. Period of Validity of Tenders

12.1 Tenders shall remain valid for 90 days after the deadline for submission of

tenders prescribed by the Purchaser, pursuant to ITT Clause 15. A tender valid

for a shorter period shall be rejected by the Purchaser as non-responsive.

12.2 In exceptional circumstances, the Purchaser may solicit the Tenderer's consent

to an extension of the period of validity. The request and the responses thereto

shall be made in writing. The earnest money deposit provided under ITT Clause

11 shall also be suitably extended. A Tenderer may refuse the request without

forfeiting its earnest money deposit. A Tenderer granting the request will not be

required nor permitted to modify its tender.

13. Format and Signing of Tender

13.1 Eligible tenderer who are registered in e-procurement shall upload all the documents

required for this bid, submit and sign using digital key.

D. SUBMISSION OF TENDERS

14. Submission of Tenders 14.1 All tenderers should submit their tenders through e-procurement portal only.

14.2 Telex, Cable or facsimile tenders will be rejected.

14.3 Tender should be submitted in 2 cover system

1. Technical bid (cover-I)

2. Commercial bid (cover-II) as per section VII qualification criteria.

15. Deadline for Submission of Tenders 15.1 Tenders must be uploaded and signed as specified under ITT Clause 14 no later

than the time and date specified in the Tender Schedule. In the event of the

specified date for the submission of Tenders being declared a holiday, there will

be no change in the date and time.

15.2 The Purchaser may, at its discretion, extend this deadline for submission of

tenders by amending the tender documents in accordance with ITT Clause 3, in

which case all rights and obligations of the Purchaser and Tenderers previously

subject to the deadline will thereafter be subject to the deadline as extended.

16. Late Tenders

16.1 e-procurement web-portal will not be accessible after the deadline and hence no

late submission is possible and allowed.

17. Modification and withdrawal of Tenders:

17.1 The Tenderer may modify or withdraw its tender after the tender's submission,

- 9 -

for any number of times before the deadline for the submission of bids with no

extra cost.

17.2 No tender may be modified subsequent to the deadline for submission of

tenders.

17.3 No tender is allowed for withdrawal in the interval between the deadline for

submission of tenders and the expiration of the period of tender validity

specified by the Tenderer on the Tender Form. If such withdrawal is inevitable,

withdrawal of a tender during this interval may result in the Tenderer's

forfeiture of its earnest money deposit, pursuant to ITT Clause 11.6.

E. TENDER OPENING AND EVALUATION OF TENDERS

18. Opening of Tenders by the Purchaser 18.1 The Purchaser will open all tenders submitted through e-procurement portal in

the presence of Tenderers’ representatives who choose to attend, at 03.30 pm on

25.11.2017 at the Office of the Director, Exams, Karnataka Secondary

Education Examination Board, 6th Cross, Malleshwaram, Bangalore – 560003.

18.2 The Tenderers' representatives who are present shall sign a register evidencing

their attendance. In the event of the specified date of Tender opening being

declared a holiday for the Purchaser, the tenders shall be opened at the

appointed time and location on the next working day.

18.3 The Tenderers’ names, tender modifications or withdrawals, tender prices,

discounts, and the presence or absence of requisite tender security and such

other details as the Purchaser, at its discretion, may consider appropriate, will be

announced at the opening.

18.4 The Purchaser will prepare minutes of the technical bid evaluation and publish

the same in e-portal.

19. Preliminary Examination

19.1 The Purchaser will examine the tenders to determine whether they are complete,

whether any computational errors have been made, whether required sureties

have been furnished, whether the documents have been properly signed and

uploaded, and whether the tenders are generally in order.

19.2 Arithmetical errors will be rectified on the following basis. If there is a

discrepancy between the unit price and the total price that is obtained by

multiplying the unit price and quantity, the unit price shall prevail and the total

price shall be corrected. If there is a discrepancy between words and figures, the

lower of the two will prevail. If the Service Provider does not accept the

correction of errors, its tender will be rejected and its earnest money deposit may

be forfeited.

19.3 The Purchaser may waive any minor informality or non-conformity or

irregularity in a tender which does not constitute a material deviation, provided

- 10 -

such a waiver does not prejudice or affect the relative ranking of any Tenderer.

19.4 Prior to the detailed evaluation, pursuant to ITT Clause 20, the Purchaser will

determine the substantial responsiveness of each tender to the tender documents.

For purposes of these Clauses, a substantially responsive tender is one which

conforms to all the terms and conditions of the tender documents without

material deviations. Deviations from or objections or reservations to critical

provisions such as those concerning Performance Security (GCC Clause 4).

Warranty (GCC Clause 11), Applicable law (GCC Clause 18), and Taxes &

Duties (GCC Clause 20) will be deemed to be a material deviation. The

Purchaser's determination of a tender's responsiveness is to be based on the

contents of the tender itself without recourse to extrinsic evidence.

19.5 If a tender is not substantially responsive, it will be rejected by the Purchaser

and may not subsequently be made responsive by the Tenderer by correction of

the non-conformity.

19.6 However, if any further supportive documents to already submitted records are

required by the purchaser to fulfil the eligibility criteria, the purchaser may call

for additional documents from some tenderers or all the tenderers.

20. Evaluation and Comparison of Tenders

20.1 The Purchaser will evaluate and compare the tenders which have been determined

to be substantially responsive, pursuant to ITT Clause 7 for each schedule

separately. No tender will be considered if the complete requirements covered in the

schedule is not included in the tender.

20.2 Quotes shall be given for item specified under Clause 7.1. L-1 would be decided

on the basis of least amount quoted for item under Clause 7.1.

F.AWARD OF CONTRACT 21. Post qualification;

21.1 The Purchaser will determine to its satisfaction whether the Tenderer that is

selected as having submitted the lowest evaluated responsive tender meets the

criteria specified in ITT Clause 9.2 and is qualified to perform the contract

satisfactorily.

21.2 The determination will take into account the Tenderer's financial, technical and

production capabilities. It will be based upon an examination of the

documentary evidence of the Tenderer's qualifications submitted by the

Tenderer, pursuant to ITT Clause 9, as well as such other information as the

Purchaser deems necessary and appropriate.

21.3 An affirmative determination will be a prerequisite for award of the Contract to

the Tenderer. A negative determination will result in rejection of the Tenderer's

- 11 -

tender, in which event the Purchaser will proceed to the next lowest evaluated

tender to make a similar determination of that Tenderer's capabilities to perform

the contract satisfactorily.

22. Award Criteria;

22.1 Subject to ITT Clause 24, the Purchaser will award the Contract to the

successful Tenderer whose tender has been determined to be substantially

responsive and has been determined as the lowest evaluated tender, provided

further that the Tenderer is determined to be qualified to perform the Contract

satisfactorily.

23. Purchaser's right to vary Quantities at Time of Award

23.1 The Purchaser reserves the right at the time of Contract award to increase or

decrease by up to 25 percent of the quantity originally specified in the Schedule

of Requirements without any change in unit price or other terms and

conditions. (370359)

24. Purchaser's Right to Accept Any Tender and to Reject Any or All Tenders

24.1 The Purchaser reserves the right to accept or reject any tender, and to annul the

tendering process and reject all tenders at any time prior to contract award,

without thereby incurring any liability to the affected Tenderer or Tenderers.

25. Notification of Award

25.1 Prior to the expiration of the period of tender validity, the Purchaser will notify

the successful tenderer in writing by registered letter or by cable/telex or fax, to

be confirmed in writing by registered letter, that its tender has been accepted.

25.2 The notification of award will constitute the formation of the Contract.

25.3 Upon the successful Tenderer’s furnishing of performance security pursuant to

ITT Clause 27, the Purchaser will discharge its earnest money deposit, pursuant

to ITT Clause 11.

25.4 If, after notification of award, a Tenderer wishes to ascertain the grounds on

which its tender was not selected, it should address it’s request to the Purchaser.

The Purchaser will promptly respond in writing to the unsuccessful Tenderer.

26. Signing of Contract

26.1 At the same time as the Purchaser notifies the successful tenderer that its tender

has been accepted, the Purchaser will send the Tenderer the Contract Form

- 12 -

provided in the tender documents, incorporating all agreements between the

parties.

26.2 Within 07 days of receipt of the Contract Form, the successful Tenderer shall enter

into an agreement with the purchaser on Rs.200/- non judicial stamp paper and

return it to the Purchaser.

27. Performance Security

26.3 Within 7 days of the receipt of notification of award from the Purchaser, the

successful Tenderer shall furnish the performance security in accordance with the

Conditions of Contract, in the Performance Security Form provided in the tender

documents or in another form acceptable to the Purchaser.

26.4 Failure of the successful Tenderer to comply with the requirement of ITT Clause

26.2 or ITT Clause 27.1 shall constitute sufficient grounds for the annulment of the

award and forfeiture of the earnest money deposit, in which event the Purchaser

may make the award to the next lowest evaluated Tenderer or call for new tenders.

- 13 -

SECTION III: GENERAL CONDITIONS OF CONTRACT 1. Definitions:

1.1 In this Contract, the following terms shall be interpreted as indicated:

(a) "The Contract" means the agreement entered into between the Purchaser and

the Service Provider, as recorded in the Contract Form signed by the parties,

including all the attachments and appendices thereto and all documents

incorporated by reference therein;

(b) "The Contract Price" means the price payable to the Service Provider under

the Contract for the full and proper performance of its contractual

obligations;

(c) "Services" means services ancillary to the supply of the Services, such as

transportation and insurance, and any other incidental services, such as

installation, commissioning, provision of technical assistance, training and

other obligations of the Service Provider covered under the Contract;

(d) “GCC” means the General Conditions of Contract contained in this section.

(e) “SCC” means the Special Conditions of Contract.

(f) “The Purchaser” means the organization taking the Services, as named in

SCC.

(g) “The Service Provider” means the individual or firm delivery of Services

under this Contract.

(h) “The Government” means the Government of Karnataka State.

(i) “The State” means the Karnataka State

(j) “The Project Site”, where applicable, means the place or places named in

SCC.

(k) “Day” means calendar day.

Note : Where ever has been mentioned as “services” shall be considered as Data

entry work of S.S.L.C. examination records for two years.

2. Application 2.1 These General Conditions shall apply to the extent that they are not superseded by

provisions in other parts of the Contract. 3. Standards

3.1 The service delivered under this Contract shall conform to the standards

mentioned in the Technical Specifications, and, when no applicable standard is

mentioned, to the authoritative standard appropriate and such standards shall be

- 14 -

the latest issued by the concerned institution.

4. Performance Security 4.1 Within 7 days of receipt of the notification of contract award, the Service

Provider shall furnish Performance Security to the Purchaser for an amount of

5% of the Contract Value, valid up to 60 days after the date of completion of

performance obligations. 4.2 The proceeds of the performance security shall be payable to the Purchaser as

compensation for any loss resulting from the Service Provider's failure to

complete its obligations under the Contract.

4.3 The Performance Security shall be denominated in Indian Rupees and shall be

in one of the following forms:

(a) A Bank guarantee, issued by a nationalized/scheduled bank in the form

provided in the tender documents or another form acceptable to the

Purchaser; or

(b) A cashier's check or Banker’s certified check, or crossed demand draft or

pay order drawn in favour of the Purchaser.; or

(c) Specified small savings instruments duly pledged to the Purchaser.

4.4 The Performance Security will be discharged by the Purchaser and returned to

the Service Provider not later than 60 days following the date of completion of

the Service Provider's performance obligations, including any Warranty

obligations, under the Contract.

4.5 In the event of any contract amendment, the Service Provider shall, within 20

days of receipt of such amendment, furnish the amendment to the Performance

Security, rendering the same valid for the duration of the Contract as amended

for 60 days after the completion of performance obligations including Warranty

obligations. 5. Inspections and Tests

Deleted

6. Packing

Deleted

7. Delivery of service and Documents

“Applicable” 8. Insurance

Deleted

- 15 -

9. Transportation

Deleted

10. Incidental Services

Deleted 11. Warranty

Deleted

12. Payment

12.1 The Service Provider's request(s) for payment shall be made to the

Purchaser in writing, accompanied by an invoice describing, as appropriate,

the Services performed, and by documents, submitted pursuant to GCC

Clause 7, and upon fulfilment of other obligations stipulated in the contract.

12.2 No advance payment will be made by the Department to carry out the

tendered work. Payments will be made only after satisfactory completion of

work certified by the respective officer.

12.3 Payment shall be made in Indian Rupees.

13. Prices

13.1 Prices payable to the Service Provider as stated in the contract shall be firm

during the performance of the contract.

14. Contract Amendments

14.1 No variation in or modification of the terms of the contract shall be made

except by written amendment signed by the parties.

15. Delays or discrepancies in the Service Provider’s Performance

15.1 Performance of the Services shall be made by the Service Provider in

accordance with the time schedule specified by the Purchaser in the Schedule

of Requirements.

15.2 If at any time during performance of the Contract, the Service Provider

should encounter conditions impeding timely performance of Services, the

Service Provider shall promptly notify the Purchaser in writing of the fact of

the delay, its likely duration and its cause(s). As soon as practicable after

receipt of the Service Provider’s notice, the Purchaser shall evaluate the

situation and may, at its discretion, extend the Service Provider’s time for

performance with or without liquidated damages.

- 16 -

15.3 A delay by the Service Provider in the performance of its delivery obligations

shall render the Service Provider liable to the imposition of liquidated

damages pursuant to GCC Clause 16, unless an extension of time is agreed

upon pursuant to GCC Clause 15.2 without the application of liquidated

damages.

16. Liquidated Damages

16.1 If the tenderer fails to perform the Services within the period(s) specified in the

Contract, the Purchaser shall, without prejudice to its other remedies under the

Contract, deduct from the Contract Price, as liquidated damages, forfeit the

performance guarantee.

17. Termination for Default

17.1 The Purchaser may, without prejudice to any other remedy for breach of

contract, by written notice of default sent to the Service Provider, terminate the

Contract in whole or part:

i. if the Service Provider fails to deliver service within the period(s)

specified in the Contract, or within any extension thereof granted by the

Purchaser pursuant to GCC Clause 15.2; or

ii. if the Service Provider fails to perform any other obligation(s) under the

Contract.

iii. If the Service Provider, in the judgment of the Purchaser has engaged in

corrupt or fraudulent practices in competing for or in executing the

Contract.

17.2 In the event the Purchaser terminates the Contract in whole or in part, pursuant

to GCC Clause 17.1, the Purchaser may procure, upon such terms and in such

manner as it deems appropriate, Services similar to those undelivered, and the

Service Provider shall be liable to the Purchaser for any excess costs for such

similar Services. However, the Service Provider shall continue the performance

of the Contract to the extent not terminated. 18. Applicable Law

18.1 The Contract shall be interpreted in accordance with the laws of the Union of

India.

19. Notices

19.1 Any notice given by one party to the other pursuant to this Contract shall be

sent to other party in writing or by cable or facsimile and confirmed in

writing to the other party’s address specified in SCC.

19.2 A notice shall be effective when delivered or on the notice’s effective date,

- 17 -

whichever is later. 20. Taxes and Duties

20.1 Service Provider shall be entirely responsible for all taxes, duties, license fees,

octroi, road permits, etc., incurred until delivery of the contracted services to the

Purchaser.

21 Contacting KSEEB:

21.1 Any effort by a bidder to influence KSEEB in its decisions on bid evaluation, bid

comparison or contract award will result in the rejection of bid of such bidder.

22 Resolution of disputes:

22.1 In case of Dispute or difference arising between the purchaser and a domestic

supplier relating to any matter arising out of a or connected with this agreement,

such disputes or difference shall be settled in accordance with the Arbitration and

Conciliation Act,1996, by a Sole Arbitrator. The Sole Arbitrator shall be

appointed by agreement between the parities; failing such agreement, by the

appointing authority namely the Indian Council of Arbitration / President of the

Institution of Engineers (India) / The International Centre for Alternative Dispute

Resolution (India). A certified copy of the appointment Order shall be supplied to

each of the parties.

22.2 Arbitration proceedings shall be held at Bangalore Karnataka, and the language

of the arbitration proceedings and that of all documents and communications

between the parties shall be English.

22.3 The decision of the arbitrators shall be final and binding upon both parities. The

cost and expenses of Arbitration proceedings will be paid as determined by the

Arbitrator. However, the expenses incurred by each party in connection with the

preparation, presentation etc. of its proceedings shall be borne by each party

itself.

- 18 -

SECTION IV: SPECIAL CONDITIONS OF CONTRACT

The following Special Conditions of Contract shall supplement the General Conditions of

Contract. Whenever there is a conflict, the provisions herein shall prevail over those in the

General Conditions of Contract. The corresponding clause number of the General

Conditions is indicated in parentheses.

1. Definitions (GCC Clause 1)

(a) The Purchaser is the Director, Exams, Karnataka Secondary Education Examination

Board, 6th

Cross, Malleshwaram, Bangalore – 560 003.

(b) The Service Provider is Tenderer

2. Inspection and Tests

As per GCC Clause 5

3. Delivery of service and Documents (GCC Clause 7)

“ Applicable”

4. Incidental Services (GCC Clause 10)

“Deleted”

5. Payment (GCC Clause 12)

As per GCC clause 12

6. Notices (GCC Clause 19)

For the purpose of all notices, the following shall be the address of the Purchaser and

Service Provider.

Purchaser: The Director, Exams, Karnataka Secondary Education Examination Board, 6th

Cross, Malleshwaram, Bangalore-03

Service Provider: (To be filled in at the time of Contract signature)

7. It is compulsory for the Service provider to have a corporate office/Branch office in

Bangalore city limit, otherwise tender will be rejected.

8. If any mistake found in the correction or entering the records provided by the board, penalty

of Rs.2/- (Two rupees only) per record will be imposed and if any deficiency in service is

found during the period of contract as mentioned in Clause 3 of Section VI, a penalty

Rs.1,000/-(One Thousand Only) will be charged per day per Data Entry Operator not

provided/deployed.

9. No additional cost will be paid for re-entering such records done due to mistake specified in

Clause 8 above.

- 19 -

10. The purchaser retains the authority of extend the contract period for three more

months under exceptional circumstances for the same rates as agreed in this tender,

provided the services rendered by the tenderer is satisfactory to the purchaser. The

process thereto shall be made in writing. The Performance deposit provided under

ITT clause 27 shall also be suitably extended

11. The Director, KSEEB, i.e., Tender Inviting Authority holds the authority of making

decision about changes in the quantity and waive off any penalty based on the

reasonable causes that may not affect examination process.

- 20 -

SECTION V: SCHEDULE OF REQUIREMENTS

“e -tender notification for data entry work of S.S.L.C examination records for

two years”

1. As per section II Clause 23, the Director, Exams, KSEEB, reserves the right to

increase or decrease 25% of the below requirements.

2. Time schedule for tendered work is as follows.

Serial

Number Work description

Approximate

quantity per

one year

Delivery schedule

Main

exam

Supplementary

exam

1. Data entry of MSA (Marks statement

cum application) –Extraction.

6,00,000

September

to

October

May and June

2. Data entry of MSA (Marks statement

cum application) –Full format.

3. Data entry of savings bank account

details of SC/ST students.

4. Corrections of check list –Corrections November

5. Data entry of SSLC cluster and non-

cluster exam centres. December

6. Correction in valuators list.

7. Entering marks of result withheld

cases.

March and

April

8. Entering any other information in excel

worksheet. Whole year

Note: The probable date of main examination is March or April, for supplementary exam

June.

- 21 -

SECTION VI - TECHNICAL SPECIFICATIONS

1. The entire work intended to tender is of confidential in nature. Hence the absolute

confidentiality should be maintained.

2. The rate quoted should be inclusive of tax and other charges, if any has to be paid by

the tenderer only. Income tax will be deducted at source.

3. The service provider should have at least 30 experienced data entry operators. The

tenderer should deploy one data entry operators throughout the contract period and

deploy additional data entry operators as and when the board informs through

writing or telephone or electronic mail.

4. The Service provider should depute data entry operators on general holidays also

under emergency woks during examination period.

5. The service provider should execute the work in the board premises only.

Necessary computers and software for the work along with electricity are provided

by the board without cost.

6. The nature of work will be as follows

a) Data entry of MSA (Marks statement cum application) -Extraction

Registration of repeater (failed candidates) students failed after the year 2002 will

be done through extraction procedure i.e. hard copy of MSA will provided which

contains the registration/student number, school code, exam centre, name,

father/mother name and scored marks, pass/fail details of subjects and the fees paid

as per the subject offered by the respective students. By entering the student

register number in the computer screen all the information contained in the MSA is

displayed and the data entry operator should ensure that the information displayed

in the screen tallies with hard copy of the MSA in all respect. After ensuring the

information registration should be done by clicking the “YES” field button.

b) Data entry of MSA (Marks statement cum application) –Full format

Registration of repeater (failed candidates) students failed before 2003 will be done

through procedure called full format i.e. hard copy of MSA is provided which

contains the registration/student number, school code, exam centre, name,

father/mother name and scored marks, pass/fail details of subjects and the fees paid

as per the subject offered by the respective students. Since, no information of these

students will be in the computer, Data entry shall be done through entering all the

information contained in the MSA in respective fields.

c) Corrections of check list –Corrections

After computerizing the fresh students’ information through OMR sheets, all such

computerized information will be provided through hard copy called as “CHECK

LIST”. The check lists contain name, date of birth, father/mother name, medium

of instructions, subjects offered, etc. which some of them are corrected manully.

These corrections are to be computerized and such corrections per record may

vary from 01 to 40 corrections.

d) Data entry of SSLC cluster and non-cluster exam centres

Data entry of school and respective school strength coming under exam, exam

- 22 -

centre details and with students coming under respective exam centres.

e) Correction in valuators list

Corrections of valuators information list available in computer section.

f) Correction in valuation centre list

Corrections of valuation centre information list available in computer section.

g) Entering marks of result withheld cases

Entering the marks and details result withheld cases.

h) Entering any other information in excel worksheet

Entering any other information in excel worksheet.

.

6) Work should be done under the supervision of the head of the computer section and

should obey/follow the instructions and orders given by the head of the computer

section.

7) The data entry operator staff should not indulge in any unnecessary oral transaction

with board staff.

8) Since the entire work intended to tender is of confidential in nature. Hence the

absolute confidentiality should be maintained, disclosure in any kind, media is

prohibited. If any such activity is done and the same comes to the knowledge of the

board, the service provider will be blacklisted along with encash of performance

guarantee.

- 23 -

SECTION VII : QUALIFICATION CRITERIA (Referred to in Clause 9.2 (b) of ITT)

1. The Tenderer shall be either proprietorship or partnership firm or a company registered

under the companies Act 1956 or a registered society.

2. Corporate/Branch office certificate (Office located within Bangalore city limit) form

the competent authority

3. The average turnover of the tenderer shall not be less than Rs 8 Lakhs for three

financial years 2013-14, 2014-15 and 2015-16.

4. The tenderer should have minimum of 3 years of experience in the field. Enclose the

experience certificate.

5. Copy of the PAN card of the firm has to be uploaded as detailed below

a) If a firm is sole proprietorship PAN card copy of the proprietorship

b) If a firm is partnership PAN card copy of the firm only (partners PAN card copy

will not be considered)

c) If a firm is private Ltd…or Public Ltd..Company, PAN card copy of the company.

6. Audited balance sheet and Profit and Loss account for three financial years 2013-14,

2014-15 and 2015-16 has to be uploaded (preferably annual report of the company)

7. EMD of Rs.22,000/- should be credited to CeG account as per IFT Clause (4).

8. Details of Income Tax returns filed for three financial years 2013-14, 2014-15 and

2015-16, i.e., assessment year 2014-15, 2015-16 and 2016-17 respectively.

9. Documents to prove the available human resource with technical qualification.

10. Previous experience in the format mentioned under Section XII

11. GST Registration certificate to be uploaded.

- 24 -

SECTION VIII: TENDER FORM

Office of the Director, Exams, Karnataka Secondary Education Examination

Board, 6th Cross, Malleshwaram, Bangalore – 560 003.

“Data entry work of S.S.L.C. examination records for two years .”

From,

To

The Director, Exams,

Karnataka Secondary Education Examination Board,

6th Cross, Malleshwaram,

Bangalore – 560003.

Sir,

Having examined the Tender Documents including Addenda No:B3/E.R.DATAENTRY.13/2017-18

DATE- 10.10.2017, the receipt of which is hereby duly acknowledged, we, the undersigned, offer

to provide service for “Data entry work of S.S.L.C. examination records for two years”

in accordance with the Schedule of Prices attached herewith and made part of this tender.

We undertake, if our tender is accepted, to deliver the service in accordance with the

delivery schedule specified in the Schedule of Requirements.

If our tender is accepted, we will obtain the guarantee of a bank in a sum equivalent to 5%

of the Contract Price for the due performance of the Contract, in the form prescribed by the

Purchaser.

We agree to abide by this tender for the Tender validity period specified in Clause 2 of the

ITT and it shall remain binding upon us and may be accepted at any time before the expiration of

that period.

Until a formal contract is prepared and executed, this tender, together with your written

acceptance thereof and your notification of award, shall constitute a binding Contract between us.

We undertake that, in competing for (and, if the award is made to us, in executing) the

above contract, we will strictly observe the laws against fraud and corruption in force in India

namely “Prevention of Corruption Act 1988”.

We understand that you are not bound to accept the lowest or any tender you may receive.

We clarify/confirm that we comply with the eligibility requirements as per ITT Clause 1 of

the tender documents. Dated this ....day of ...................... 20 .....

(signature) (SCAN AND UPLOAD)

- 25 -

SECTION VIII-A

TECHNICAL BID

S.N Details required Uploaded

1

Name and address of the firm

(Addresses of the head office and local

branch office should be given

separately)

2

Corporate/Branch office certificate

(Office located within Bangalore city

limit) form the competent authority.

3

Year of establishment (Registration

copy should be uploaded enclosed as

specified under Section VII)

4 Annual turnover for the years 2013-14,

2014-15 and 2015-16.

5 Copy of the PAN card (As specified

under Section VII)

6

Audited balance sheet and Profit and

Loss account for the years 2013-14,

2014-15 and 2015-16.

7 EMD of Rs.22,000/-

8

Income Tax returns filed for three

financial years 2013-14, 2014-15 and

2015-16.

9 GST Registration certificate

10 Previous experience in the format

mentioned under Section XII

11

Details of human resource with

technical qualification (List should be

enclosed)

Note: The Enclosures related to Sl. No. 1 to 11 must be self attested and uploaded

Seal and signature of the Tenderer

(SCAN AND UPLOAD)

- 26 -

SECTION VIII-B

PRICE SCHEDULE

Sl.

No. Details

Rate per record

(inclusive of all taxes)

1

For data entry in a record

containing up to 40 fields

(Rate shall also include the

service of one data entry

operator working

throughout the contract

period in the Board)

Bidder shall quote the price in the e-procurement

portal only as per the Government Circular

ಆಇ 165 ವೆಚ್ಚ-12/2017 Dated 21.03.2017

NOTE: Full format application requires entry of candidate’s name parents name, date of birth,

subjects etc. The number of full format application would range between 2,000 to 5,000 however

the numbers may increase or decrease according to the requirement.

DATE : SIGNATURE OF THE TENDERER

PLACE :

NAME ADDRESS AND SEAL

………………………………………………

………………………………………………

………………………………………………..

- 27 -

SECTION IX:

EARNEST MONEY DEPOSIT BANK GUARANTEE FORM

Not Applicable

- 28 -

SECTION X:

CONTRACT FORM

THIS AGREEMENT made the .......day of.................................., 20... Between..........................

(Name of purchaser) of.............. (Country of Purchaser) (Hereinafter called "the Purchaser") of

the one part and..................... (Name of Service Provider) of......................... (City and Country of

Service Provider) (Hereinafter called "theService Provider") of the other part:

WHEREAS the Purchaser is desirous that certain ancillary services viz.,.....................................

(Brief Description of Services) and has accepted a tender by the Service Provider for the supply

of those services in the sum of.............................. (Contract Price in Words and Figures)

(Hereinafter called "the Contract Price").

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively

assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part of this

Agreement, viz.:

(a) the Tender Form and the Price Schedule submitted by the Tenderer;

(b) the Schedule of Requirements;

(c) the Technical Specifications;

(d) the General Conditions of Contract;

(e) the Special Conditions of Contract; and

(f) the Purchaser's Notification of Award.

3. In consideration of the payments to be made by the Purchaser to the Service Provider as

hereinafter mentioned, the Service Provider hereby covenants with the Purchaser to

provide the services and to remedy defects therein in conformity in all respects with the

provisions of the Contract.

4. The Purchaser hereby covenants to pay the Service Provider in consideration of the

provision of the services and the remedying of defects therein, the Contract Price or such

other sum as may become payable under the provisions of the Contract at the times and in

the manner prescribed by the Contract.

Brief particulars of the services which shall be supplied/provided by the Service Provider are

as under:

SL.NO. BRIEF

DESCRIPTION OF

SERVICES

UNIT PRICE

DELIVERY SCHEDULE:

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in

accordance with their respective laws the day and year first above written.

Signed, Sealed and Delivered by the

said ..................................................... (For the Purchaser)

in the presence of:......................................

Signed, Sealed and Delivered by the said ................................................(For the Service Provider)

in the presence of:.......................................

- 29 -

SECTION XI.

PERFORMANCE SECURITY FORM To: (NameofPurchaser)

WHEREAS

..............................................................

..... (Name of Service Provider)

hereinafter called "the Service Provider" has undertaken , in

pursuance of Contract No.................

dated,...........

20... to

Supply......................

.................................................

(Description of Services) hereinafter called

"the

Contract". AND WHEREAS it has been stipulated by you in the said Contract that the Service

Provider shall furnish you with a Bank Guarantee by a recognized bank for the sum

specified therein as security for compliance with the Service Provider's performance

obligations in accordance with the Contract. AND WHEREAS we have agreed to give the Service Provider a Guarantee: THEREFORE WE hereby affirm that we are Guarantors and responsible to you,

on behalf of the Service Provider, up to a total of ...................................

........................................ (Amount of the Guarantee in Words and Figures) and we

undertake to pay you, upon your first written demand declaring the Service Provider

to be in default under the Contract and without cavil or argument, any sum or sums

within the limit of ................................ (Amount of Guarantee) as aforesaid, without

your needing to prove or to show grounds or reasons for your demand or the sum

specified therein. This guarantee is valid until the ........day of...................20......

Signature and Seal of Guarantors ................................ ................................ ................................ Date......................20.... Address:........................ ................................ ................................

- 30 -

SECTION XII

(Please see Clause 9.2 (b) of the Instructions to Tenders)

Pro forma for Performance Statement for the last three years

IFT No………………. Date of Opening…………………. Time ……… Hours

Name of the Firm:

………………………………………………………………………………………

……..

Orders placed by

(Full

address of

Purchaser)

Order No and Date

Description of service

ordered

Value of

Order

Date of Completion of

service

As per

contract/Actual

Remarks indicating

reasons

for

late

delivery,

if any

Has the service been satisfactorily

functioning (Attach a Certificate from the

Purchaser if any)

1 2 3 4 5 6 7

Signature and Seal of the Tenderer:

(SCAN AND UPLOAD)